Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

19 -- Scientific Boat

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA1059377
 
Archive Date
7/31/2009
 
Point of Contact
David - Kordel,
 
E-Mail Address
david.kordel@fda.hhs.gov
(david.kordel@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Subject: Scientific Boat Solicitation Number: FDA1059377 Response Date: 16 July 2009 DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES 13.5. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 336612 for a 100% small business set-aside. The vessel will replace a previously decommissioned vessel which was deemed not to be seaworthy. The vessel will support research on molluscan shellfish associated viral and bacterial illness such as Norovirus and Vibrio vulnificus. Primary use will be shellfish collection, sentinel deployment, water sampling, sediment sampling and hydrographic analysis. Operation of the vessel will be in close proximity to fixed structures and require a shallow draft. Research projects will require the vessel to function safely in a variety of weather conditions throughout the seasons. Research results derived from field studies enabled by the requested utility boat are applicable nationally and internationally where seafood safety is compromised by resource proximity to municipal sewage outfalls. BASE BOAT CLIN 001 21' ROUSTABOUT with center console, leaning post and T-Top, part #90004770, one (1) each. NOTES: 1. MANUFACTURER'S STATEMENT OF ORIGIN (MSO) FOR BOATAND TRAILER WILL BE ISSUED UPON RECEIPT OF FINAL PAYMENT. EXCEPTIONS TO THIS POLICY WILL BE SUBJECT TO ADDITIONAL PROCESSING FEES. 2. CONSOLE TO BE LOCATED OFF CENTER TO STBD JUSTAFT OF MID-SHIP. 3. BOAT PAINT SCHEME TBD. 4. LOCATION OFDAVIT (FWD) TBD. 5. CUSTOMER TO PROVIDE AND INSTALL TWIN 115HP EVINRUDE OUTBOARDS AND ACCOCIATED CONTROLS AFTER DELIVERY OF BOAT. Options/Accessories DECK/HULL FITTINGS CLIN 002 OUTBOARD/OUTDRIVE PROTECTION BAR (17'-31' MODELS), part #92065880, one (1) each. CLIN 003 DAVIT, 300 LB CAP W/MANUAL WINCH, part #92065015, one (1) each. STEERING CLIN 004 ELECTRIC TRIM TABS (BOATS 17'-25'), part #92465860, one (1) each SEATING CLIN 005 BENCH SEAT/STORAGE BOX, 24" W/CUSHION, part #92565292, one (1) each. ELECTRICAL DC CLIN 006 PLUG, 12V AUX, part #93066762, one (1) each CLIN 007 WINCH, ELECTRIC (FOR DAVITS ONLY), part #3065140, one (1) each LIGHTING CLIN 008 FWD FACING FLOODLIGHT, part #93265520, two (2) each. CLIN 009 SEARCHLIGHT, ROOF MOUNT, 7". Part #93266561, one (1) each NAVIGATION/COMMUNICATIONS CLIN 010 HORN, ELECTRIC, part #94065060, one (1) each. CLIN 011 NAVNET, 24NM, 1824CNT, INCLUDES: 10"DIAGONAL SINGLE STATION MULTI-FUNCTION DISPLAY; 2.2KW 18" DOME ANTENNA; BBWGPS GPSIWAAS RECEIVER ANTENNA; RATE COMPENSATED HEADING SENSOR; CHART OVERLAY FEATURE; BBFF1 NETWORK SOUNDER; BRONZE THRU HULL TRANSDUCER; THRU HULL WELL FOR TRANSDUCER; C-MAP CHART CARTRIDGE, part #94060372, one (1) each. FUEL SYSTEM CLIN 012 FUEL TANK, 75 GAL, INTERNAL W/ELECTRIC GAUGE (G), part #96066793, one (1) each. WEATHER PROTECTION CLIN 013 T-TOP, ALUMINUM (CENTER CONSOLE MODELS), part #97060365, one (1) each TRAILER CLIN 014 TRAILER GALVANIZED, TWIN AXLE. 20'-24', 5200 LB CAPACITY, 14" TIRES NOTE TRAILER INCLUDES HYDRAULIC SURGE BRAKES (SINGLE AXLE). SPARE TIRE AND CARRIER, HEAVY DUTY SIDE LOAD GUIDES, HAND WINCH AND BEARING PROTECTION SYSTEM, part #99067320, one (1) each. CLIN 015 FREIGHT TO DAUPHIN IS. QUESTIONS DEADLINE: all questions must be received by email (david.kordel@fda.hhs.gov) before 4:30 pm (1630) EST on 8 July 2009. Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor described to "Meet or Exceed the Requirement," and 2) Price. Technical Capability is significantly more important than price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. FAR provisions can be found on the following website: http://www.arnet.gov. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.225-2 Buy American Certificate; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. This is a Combined Synopsis/Solicitation for a boat as defined herein. The Government intends to award a Firm Fixed-Price Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. Additionally, all quotes shall include price (s); FOB point; a poc (name and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 336612; delivery date (delivery date is of the utmost importance); business size; and payment terms. Delivery shall be to FDA, Dauphin Island, AL 36528. FDA intends to make an award soon after the response date of this notice and all bids must be submitted via email and be received by 4:30 PM (1630) EST on 16 July 2009 to the attention of David Kordel, david.kordel@fda.hhs.gov. Offerors shall ensure the RFQ number is visible in the header of the email. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1059377/listing.html)
 
Record
SN01863233-W 20090703/090702002400-13849575718767fc7beb2472cfae252e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.